Skip to main content
U.S. flag

An official website of the United States government

Dot gov

The .gov means it's official.
Federal government websites often end in .gov or .mil. Before sharing sensitive information, make sure you're on a federal government site.

Https

The site is secure.
The https:// ensures that you are connecting to the official website and that any information you provide is encrypted and transmitted securely.

information

We are making some changes to CLU-IN. If you have any feedback or questions, please contact us.

Share |
Connect | Archived Internet Seminars and Podcasts News Feeds (RSS) TechDirect and Newsletters
View Notices for:

Federal Contract Opportunities Update

Notices for April 27-May 3, 2026

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between April 27-May 3, 2026, that pertain to hazardous waste, investigation and cleanup of environmental contamination, and related environmental topics; however, it does not necessarily contain EVERY notice on these topics. If you would like to search for additional current and archived notices, please visit the SAM Contract Opportunities website.

NOTE: SAM assigns a new URL EVERY TIME a solicitation is updated, which means the links given here will not reflect future changes. To monitor for updates, either enter the SOL at the SAM search interface or use the "Follow" icon (if a registered user).

F -- F108--32C24126Q0324 BEDFORD RADIATION DECOMMISSIONING (COMBINE)
SOL: 36C24126Q0324
DUE: May 11, 2026
NAICS: 562910. THIS IS A SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE. The U.S. Department of Veterans Affairs requires a contractor to perform radiological decommissioning of approximately 20 rooms (approximately 6,300 total square feet) in Buildings 17, 18, 70, and 79 at the VA Bedford Healthcare System, Bedford Campus, in Bedford, Massachusetts. Services include review of a historical site assessment and completion of a radiological final status survey in accordance with the Multi-Agency Radiation Survey and Site Investigation Manual (MARSSIM). The contractor and any subcontractors must be licensed by the Nuclear Regulatory Commission or the Commonwealth of Massachusetts to perform decommissioning work at sites where radioactive materials have been used. The contractor shall comply with interim life safety plans, infection control measures, and egress requirements during construction; coordinate all utility shutdowns with the Contracting Officer's Representative (COR); and comply with all applicable federal, state, and local laws, regulations, standards, and codes. Work shall be coordinated with the COR to minimize impacts on daily operations at the VA Bedford Healthcare System. The award will be made as a firm-fixed-price purchase order. OFFERS ARE DUE BY 3:00 PM EDT ON MAY 11, 2026.
CITE: https://sam.gov/workspace/contract/opp/2e591e76874d4ec9b40bcffa1e461985/view
Posted: April 27, 2026
SPONSOR: U.S. Department of Veterans Affairs, 241-Network Contract Office 01, Togus, ME

F -- ASBESTOS REMOVAL F. 566 (SOL)
SOL: FA480026Q0059
DUE: May 11, 2026
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Air Force requires the removal and replacement of approximately 375 linear feet of asbestos-containing insulation within a crawlspace at Facility 566, Langley Air Force Base, Virginia. The contractor shall perform asbestos abatement activities, including inspection and verification of asbestos-containing materials, establishment of a regulated work area with containment and negative air pressure, implementation of decontamination procedures, use of wet removal methods, containerization and disposal of asbestos waste at a licensed facility, and air monitoring to ensure compliance with exposure limits. The contractor shall also install new non-asbestos pipe insulation meeting applicable building and energy efficiency codes, ensuring proper fit and secure installation. Final site restoration shall include HEPA vacuuming and wet cleaning, visual inspection, clearance air sampling, removal of containment systems and equipment, and restoration of the work area to its original condition. The award will be a firm-fixed-price contract with a period of performance from May 26, 2026, through July 25, 2026. Questions are due no later than May 4, 2026, at 2:00 PM EDT, and responses will be provided by noon on May 6, 2026. OFFERS ARE DUE BY 12:00 PM EDT ON MAY 11, 2026.
CITE: https://sam.gov/workspace/contract/opp/38e897408e6a4542a3ab2a464e80e1bf/view
Posted: April 30, 2026
SPONSOR: U.S. Department of Air Force, Air Combat Command, Langley AFB, VA

F -- SPOKANE VA ASBESTOS INSPECTION/ABATEMENT SERVICES (SRCSGT)
SOL: 36C260-26-AP-3112
DUE: May 12, 2026
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Department of Veterans Affairs is seeking capable sources to provide asbestos management, inspection, sampling, and abatement oversight services. The scope includes sampling and assessment of building materials to determine asbestos content and condition; periodic surveillance and triennial reinspections of asbestos-containing materials (ACM) in accordance with 40 CFR Part 763; and bulk sampling and analysis of newly identified suspect ACM. Services also include oversight of asbestos abatement activities, including pre-abatement background air sampling; daily inspection and phase-contrast microscopy (PCM) air sampling during abatement; pre-clearance visual inspections; clearance air sampling using PCM or transmission electron microscopy (TEM) methods; and preparation of closure reports. In addition, the contractor shall perform pre-construction asbestos surveys, including inspection, sampling, and reporting of materials to be disturbed in accordance with 40 CFR Part 61, Subpart M. All inspections and services shall be performed by appropriately accredited Asbestos Hazard Emergency Response Act (AHERA) personnel, and work may require periodic and weekend support. The Period of Performance includes a one-year base period beginning on September 1, 2026, and ending August 31, 2027, with four subsequent Option Years. RESPONSES ARE DUE BY 5:00 PM EDT ON MAY 12, 2026.
CITE: https://sam.gov/workspace/contract/opp/e64f251998c64d4baa2e7c2f3217600d/view
Posted: April 28, 2026
SPONSOR: U.S. Department of Veterans Affairs, 260-Network Contracting Office 20, Vancouver, WA

F -- DECONTAMINATION, DEMILITARIZATION AND DEMOLITION TECHNICAL AND OPERATIONAL SUPPORT (PRESOL)
SOL: N0017426SN0071
DUE: May 15, 2026
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE PRESOLICITATION NOTICE. The Naval Surface Warfare Center, Indian Head Division (NSWC IHD) is planning a future procurement for comprehensive technical and operational support for the Energetics Manufacturing Department's Disposal and Decontamination Branch, including explosives decontamination of government facilities and equipment, disassembly and demolition of facilities and equipment, operation of decontamination and thermal treatment systems, demilitarization and management of bulk explosives and Material Potentially Presenting an Explosive Hazard (MPPEH), and disposal of hazardous materials such as asbestos, lead, and other regulated waste. The contractor shall also provide supporting services, including procedure development, material preparation for treatment, certification, and verification inspections in accordance with NAVSEA OP-5 Chapters 13-15, and final facility turnover. The Government intends to award a Cost-Plus Fixed Fee (CPFF) Level-of-Effort contract. A formal Request for Proposals is anticipated to be released in FY26 Q4 via SAM.gov. CAPABILITY STATEMENTS ARE DUE BY 3:00 PM EDT ON MAY 15, 2026.
CITE: https://sam.gov/workspace/contract/opp/96223489186e48d6b5495b23489f80e8/view
Posted: April 30, 2026
SPONSOR: U.S. Department of the Navy, NAVSEA Warfare Center, Indian Head Division,

F -- EMERGENCY REMEDIAL RESPONSE SERVICES (ERRS VI) (SOL)
SOL: 68HE0125R0004
DUE: July 27, 2026
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Environmental Protection Agency, Region 1, seeks a contractor to support activities associated with emergency response, including sampling, monitoring, site stabilization, containment of spilled materials, waste treatment, restoration, removal actions, transportation, and disposal. Response activities include planning; containment and countermeasures during emergency and removal responses; decontamination and mitigation; treatment, transportation, and disposal operations; restoration; analytical services; demolition; construction and support facilities for removal actions; marine (water) operations; international (transboundary) response; and response times, Level A response capabilities, and integration into the Unified Command (Incident Command System). The contractor shall provide environmental response services for the removal and treatment of oil, petroleum products, hazardous substances, pollutants, and contaminants, as specified in task orders (TOs). The contractor shall also support response actions related to natural and manmade disasters, acts of terrorism, weapons of mass destruction, and chemical, biological, radiological, and nuclear incidents. The award will be an indefinite-delivery/indefinite-quantity contract with fixed rates for labor and equipment and cost-reimbursable elements for other direct costs. Task orders may be issued on a time-and-materials (T&M) or fixed-price basis. The period of performance is from November 30, 2026, through November 29, 2031. OFFERS ARE DUE BY 2:00 PM EDT ON JULY 27, 2026.
CITE: https://sam.gov/workspace/contract/opp/4d9d08a5e4ee473d8b320598529ac6d0/view
Posted: April 29, 2026
SPONSOR: U.S. Environmental Protection Agency, Region 1 Contracting Office, Boston, MA